Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2015 FBO #4969
SOURCES SOUGHT

16 -- F/A-18 General Purpose Processor (GPP3) Configuration D - Class Justification & Approval (CJ&A)

Notice Date
6/30/2015
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
20026-15
 
Archive Date
7/30/2015
 
Point of Contact
Jason Morgan, Phone: 3017577042
 
E-Mail Address
jason.a.morgan@navy.mil
(jason.a.morgan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Each order will be synopsized on the FedBizOps website as applicable in FAR 5.201(b). Companies interested in subcontracting opportunities should contact Christine Weiss at 972-205-4993 or email sas.supplier.diversity@raytheon.com. INTRODUCTION The Naval Air Systems Command (NAVAIR) intends to award a class of contracts to The Raytheon Company (Raytheon) to support the required AESA Radar processing capability improvements for the United States Navy and foreign military sales (FMS) F/A-18E/F and EA-18G programs. The supplies and/or services for these efforts may include the following: procurement of Configuration D Kits hardware and software, installation/integration efforts, engineering and/or technical support; trade studies; integrated logistics support; support for program and technical reviews; depot stand-up; and associated technical, financial, and administrative data. The items acquired in this procurement will satisfy the Government's minimum need. Raytheon is the sole designer, developer, and original equipment manufacturer, with the intricate knowledge of various avionics, targeting, and sensor systems installed aboard the F/A-18 and EA-18G weapon systems. PROGRAM BACKGROUND NAVAIR intends to establish a class justification and approval (CJ&A) that authorizes and approves the award of a class of contract actions on a sole-source basis to The Raytheon Company (Raytheon). The contracts will support the Recurring Engineering (RE) efforts necessary to upgrade the AN/APG-79 Active Electronically Scanned Array (AESA) Radar on the United States Navy and foreign military sales (FMS) F/A-18E/F and EA-18G aircraft. REQUIRED CAPABILITIES The planned efforts include a series of engineering change proposals (ECPs) including ECP 6381 - General Purpose Processor (GPP3), ECP 6344 - 5 th & 6 th Channel Wiring, and ECP 6346 - Waveform Generator RE efforts. Combined, these ECPs are referred to as "Configuration D Kits". The contract actions planned under this CJ&A include the production, installation, Configuration D Kit depot stand-up, and non-recurring efforts for the Configuration D Kits. Supplies and/or services are to be procured as a retrofit to the AESA Radar. The FY 2015 through FY 2020 efforts may include the following: procurement of Configuration D Kits hardware and software, installation/integration efforts, engineering and/or technical support; trade studies; integrated logistics support; support for program and technical reviews; depot stand-up; and associated technical, financial, and administrative data. Research, Development, Test, and Evaluation (RDT&E) and Aircraft Procurement, Navy (APN)-5 appropriations, and FMS funding for FY 2015 through FY 2020 will be used for these efforts. INCUMBENT This is a follow-on requirement. The incumbent contractor is: Raytheon Company Tactical Airborne Systems PO Box 902 El Segundo California 90245. SUBMISSION DETAILS Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services listed in the attached required capabilities described herein; Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein. The capability statement package shall be sent by mail to AIR-2.2.3 Contracts, LCDR Jason Morgan, Code 2.2.3.5.5, Building 2272, 47123 Buse Road, Suite 540, Patuxent River MD 20670 or by email to jason.a.morgan@navy.mil. Submissions must be received at the office cited no later than 11:59 p.m. Eastern Standard Time on 15 July 2015. Questions or comments regarding this notice may be addressed to LCDR Jason Morgan at (301) 757-7042 or via email at jason.a.morgan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/20026-15/listing.html)
 
Place of Performance
Address: Manufacturing performance at contractor’s facilities and supplies or services may be required at various Naval facilities to include but not limited to Norfolk, VA., North Island, CA., and China Lake, CA.., United States
 
Record
SN03781336-W 20150702/150630235642-f9f9df69f874c690e7cee775692ea8b4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.